Upload
others
View
1
Download
0
Embed Size (px)
Citation preview
Bid Data Sheet
ITB Clause
1.1 The PROCURING ENTITY is DPWH – ALBAY 1ST DISTRICT ENGINEERING OFFICE, AIRPORT SITE,
LEGAZPI CITY. The name of the Contract is :
CLUSTER 6 ROAD WIDENING & REHABILITATION/RECONSTRUCTION OF DAMAGED PAVED NATIONAL ROADS-SECONDARY ROADS ALONG DM-
JCT-LEGAZPI-STO. DOMINGO-TABACO-CAM. SUR BDRY ROAD - MALINAO AND TIWI, ALBAY The identification number of the contract is
19FA0026
2 The Funding Source is: The Government of the Philippines (GOP) through HGAB CY 2019 in the amount of 74,030,000.00
The name of the Project is :
CLUSTER 6 ROAD WIDENING & REHABILITATION/RECONSTRUCTION OF DAMAGED PAVED NATIONAL ROADS-SECONDARY ROADS ALONG DM-JCT-LEGAZPI-STO. DOMINGO-TABACO-CAM. SUR BDRY ROAD -
MALINAO AND TIWI, ALBAY
3.1 No further Instructions.
5.1 No further Instructions.
5.2 Bidding is restricted to eligible bidders as defined in ITB Clause 5.1.
5.4 For this purpose, similar contracts shall refer to
Major Categories : RRP – Roads: Rehabilitation- PCCP Similar Categories :
RCP – Roads: Construction- PCCP RCTP – Roads: Construction-Tunnel - PCCP
8.1 Subcontracting is not allowed.
8.2 Not Applicable.
9.1 The Procuring Entity will hold a Pre-bid Conference for this Project on: March 01, 2019 at 10:00 AM at BAC Room of DPWH – Albay 1st District
Engineering Office, Airport Site, Legazpi City.
10.1 The Procuring Entity’s address is: DPWH-Albay 1st District Engineering Office,
Airport Site, Legaspi City Contact Person : ENGR. ANNELLE P. ANTIVOLA, BAC Chairman
Contact No. 566-19
10.3 No further Instructions.
12.1 The first envelope shall contain the eligibility and technical documents stated in the ITB Clause. However, if the Bidder maintains a correct and updated file of his Class “A” Documents with the Procuring Entity, a written letter of intent may be submitted in lieu of the Class “A” Documents; otherwise, it shall submit an application for eligibility and its latest Class “A” Documents at least fifteen (15) calendar days before the deadline for the submission or opening of bids
to the DPWH-Civil Works Registry. (as per D.O. No. 03, Series of 2015)
12.1(a)(i) No other acceptable proof of registration is recognized.
12.1(a)(iv) No further instructions.
12.1(b)(ii.2) List of contractor’s personnel (viz, Project Manager, Project Engineers, Materials Engineers, and Foreman), to be assigned to the contract to be bid, with their
complete qualification and experience data. Attached also copies of valid PRC ID and BIR ID with Tax Identification Number (TIN).
Strictly comply the requirements prescribed under : D.O. 9, series of 2012 dated February 7, 2012 - Technical Requirements for Civil
Works Projects for Public Bidding; and D.O. 127 series of 2018 dated August 16, 2018 - Strict Application of R.A. 9184 in
the Conduct of Post Qualification of Bidders with Delayed On-Going Contracts with the DPWH.
12.1(b)(ii.3) List of contractor’s equipment units, which are owned, leased, and/or under purchase agreements, supported by certification of availability of equipment from
the equipment lessor/vendor for the duration of the project. Minimum Plant/ Equipment Requirements:
2 Backhoe 2 Dump Truck 2 Motorized Grader
2 Vibratory Roller 2 Transit Mixer 1 Batching Plant
2 Concrete Screeder 2 Concrete Vibrator 2 One Bagger Mixer
1 Bar Cutter/ 1Bar bender 1 lot Civil Tools
Strictly comply the requirements prescribed under :
D.O. 9, series of 2012 dated February 7, 2012 - Technical Requirements for Civil Works Projects for Public Bidding;
D.O. 58, series of 2012 dated August 12, 2012 – Inclusion of Material Data on the Pledged Equipment of a Bidder in his Bid Documents; and
D.O. 11 series of 2017 dated Jan. 24, 2017 – Inclusion of the Minimum Materials Testing Equipment in the Technical Component of the Bid.
13.1 Completeness of the bid is required. Incompleteness will be considered non-responsive and, thus, automatically disqualified.
13.1(b) The ABC is: SEVENTY-TWO MILLION FIVE HUNDRED FORTY-FIVE
THOUSAND SEVEN HUNDRED SEVENTEEN PESOS & 51/100 (P 72,545,717.51 ). Any bid with a financial component exceeding this amount and exceeding every sub-total of projects in a cluster shall not be accepted.
The
1
ROAD WIDENING DM-JCT.-LEGAZPI-STO. DOMINGO-
TABACO-CAM. SUR BDRY. ROAD K0574+447 - K0575+584 ; K0580+231-K0581+150, TIWI, ALBAY (L= 2,079 m)
39,228,519.54
2
REHABILITATION/RECONSTRUCTION OF DAMAGED PAVED NATIONAL ROADS- SECONDARY ROADS DM-JCT.-LEGAZPI-STO. DOMINGO-TABACO-CAM. SUR BDRY ROAD K0561+984
- K0562+135, MALINAO, ALBAY (L=157m)
33,317,197.97
ABC for Every projects are:
Number of Calendar Days: 239 CD to complete the project as stated in the ABC and as advertised. All bids with calendar days exceeding the required in the ABC shall not be accepted.
14.2 No further instructions.
15.4 No further instructions.
16.1 The bid prices shall be quoted in Philippine Pesos.
17.1 Bids will be valid within one hundred twenty (120) days from the date of bid opening.
18.1 The bid security shall be limited to Bid Securing Declaration or at least one (1) other form in accordance with the following amount:
1. The amount must be 2% of the ABC, if bid security is in cash, cashier’s/manager’s check, bank draft, guarantee or irrevocable letter of credit;
2. The amount must be 5% of the ABC if bid security is in Surety Bond, or 3. Any combination of the foregoing proportionate to the share of form with
respect to total amount of security.
18.2 The Bid Security shall be valid within one hundred twenty (120) days from
the date of bid opening.
20.3 Each bidder shall submit their duly accomplished forms in two (2) sealed mother envelope to the BAC Chairman. First mother envelope must be composed of two
(2) sealed envelopes. The first envelope shall contain the original technical component of the bid while the second envelope shall contain the original financial component of the bid. Second mother envelope must be composed of two (2)
sealed envelopes. The first envelope shall contain the photocopy of technical component of the bid while the second envelope shall contain the photocopy of financial component of the bid.
It must be properly book bounded, with tabbings and the contents of which must all numbered/ paginated. The mother envelope must be an expandable envelope. If bids are not properly book bounded, without tabbings, all contents of which are
not numbered/ paginated and the two (2) sealed envelopes are not placed on an expandable mother envelope, then it is a ground for outright rejection of bids.
21 The address for submission of bids is: BAC Room, DPWH Albay 1st District Engineering Office, Airport Site,
Legazpi City. The deadline for submission of bids is:
MARCH 13, 2019 until 10:00 A.M.
24.1 The place of bid opening is: BAC Room, DPWH Albay 1st District Engineering Office, Airport Site, Legazpi City. The date and time of bid opening is: MARCH 13, 2019 at 1:00 PM.
24.2 No further instructions.
27.3(b) Bid modification is not allowed.
27.4 No further instructions.
28.2(a) Only tax returns filed and taxes paid through the BIR Electronic Filing and Payment
System (EEPS) shall be accepted. NOTE: The latest income and business tax returns are those within the last six months preceding the date of bid submission.
28.2(d) List licenses and permits relevant to the Project and the corresponding law requiring it.
31.4(g) The additional contract documents requires relevant to the project are construction schedule and s-curve, manpower schedule, construction methods, equipment
utilization schedule, construction safety and health program to be approved by the Head of the Procuring Entity, subject to the concurrence of the Department of Labor and Employment (as per DO No. 129, series of 2014 dated November 24,
2014), and PERT/ CPM.
32.2 The performance security shall be in the following amount:
1. The amount must be equal to 10% of contract price, if performance security is in cash, Cashier’s/manager’s check, bank draft/guarantee or irrevocable letter of credit;
2. The amount must be equal to 30% of contract price, if performance security is in Surety Bond; or
3. Any combination of the foregoing proportionate to the share of form with respect to total amount of security.
Special Conditions of Contract
GCC Clause
1.16 The Intended Completion Date is 239 CD after the effectivity of the contract.
1.21 The Procuring Entity is DPWH – Albay 1st District Engineering Office,
Airport Site, Legazpi City
1.22 The Procuring Entity’s Representative is Engr. SALVADOR R. REMPILLO
1.23 The Site is located at First District of Albay.
1.27 The Start Date is seven (7) days upon the date of Notice to Proceed (NTP)
1.30 The Works consist of Road Widening & Rehab./Reconstruction of Damaged Paved Roads
2.2 Not Applicable
5.1 The Procuring Entity shall give possession of all parts of the Site to the Contractor upon effectivity of the contract.
6.5 The Contractor shall employ the following Key Personnel: Project Manager, Project Engineer, Accredited Materials Engineer and Construction Foreman
7.4(c) No further instructions.
7.7 No further instructions.
8.1 No further instructions.
9.1 The applicable liquidated damages is at least one tenth (1/10) of one percent of the cost of the unperformed portion for every day of delay.
The maximum deduction shall be ten percent (10%) of the amount of the contract, the Procuring Entity shall rescind the contract, without prejudice to other course of action and remedies open to it.
10 None
12.3 No further instructions.
12.5 After final acceptance of the project by the Procuring Entity, the contractor shall be held responsible for structural defects and/or failure of the completed project within the following warranty periods from final acceptance, except
those occasioned by force majeure and those caused by other parties: a. Permanent Structure: 15 years Buildings of types 4 and 5 as classifies under the National Building Code of the
Philippines and other structures made of steel, iron, or concrete which comply with relevant structural codes (e.g. DPWH Standard Specifications), such as,
but not limited to, steel/concrete bridges, flyovers, aircraft movement areas, ports, dams, tunnels, filtration and treatment plants, sewerage systems, power plants, transmission and communication towers, railway system and other
similar permanent structures; b. Semi-Permanent Structures: Five (5) years Building of types 1 (wooden), 2 (wood with 1 hour fire resistance), and 3
(masonry and wood constructions) as classified under the National Building Code of the Philippines, concrete roads, river control, drainage irrigations and drainage canals, municipal ports and river landing, deep wells, rock causeway,
pedestrian overpass, and other similar structures, and c. Other structures: two (2) years Bailey and wooden bridges, shallow wells, spring developments and other
similar structures.
13 No additional provisions
18.3(h)(i) No further instructions.
21.2 The Arbiter is: (as approved for by the arbitration law)
29.1 Day works are applicable at the rate shown in the Contractor’s original bid.
31.1 The Contractor shall submit the Program of Work to the Procuring Entity’s Representative within ____ days of delivery of the Letter of Acceptance.
31.3 The period between Program of Works updates is ____ days. The amount to be withheld for the late submission of an updated Program of
Work is __________________.
34.3 The Funding Source is the Government of the Philippines.
39.1 The amount of the advance payment is fifteen percent (15%) of the Contract
Price and to be recouped every progress billing.
40.1 Materials and equipment delivered on the site but not completely put in place shall be included for payment.
51.1 The date by which operating and maintenance manuals are required is
________________. The date by which “as built” drawings are required on the final payment.
51.2 The amount to be withheld for failing to produce “as built” drawings and/or operating and maintenance manuals by the date required is _____________________________.
Page 1 of 2/boq(1)
ITEM NO. QUANTITY UNIT
1)
Part-A FACILITIES FOR THE ENGINEERA.1.1 (8) Prov. of Field Office for the Engr (Rental Basis)
per month 2.23 monthA.1.2(4) Provision of 4 x 2 Pick Up Type Service Vehicle for the Engineer
per month 0.12 monthPart-B OTHER GENERAL REQUIREMENTS
B.3 Permits and Clearances
per l.s. 1.00 l.s.B.5 Project Billboard/Signboard
per ea. 4.00 eaB.7 Occupational Safety and Health Program
per month 2.23 monthB.9 Traffic Control and Management
per l.s. 1.00 l.s.B.9 Mobilization / Demobilization
per l.s. 1.00 l.s.Part C EARTHWORKS101(1) Removal of Structure and Obstruction
per l.s. 1.00 l.s.102(1)a Roadway Excavation (surplus common)
per cu.m. 13,159.70 cu.m.103(1)a Structure Excavation (common soil)
per cu.m. 1,300.00 cu.m.105(1)a Subgrade Preparation
per sq.m. 10,083.20 sq.m.Part-D SUBBASE AND BASE COURSES200(1) Aggregate Subbase Course
per cu.m. 1,008.30 cu.m.
TOTAL AMOUNT IN FIGURESTotal Amount in Words
CONTRACTOR:SIGNATURE:
19FA0026 - CLUSTER 6 ROAD WIDENING & REHABILITATION/RECONSTRUCTION OF DAMAGED PAVED NATIONAL ROADS-SECONDARY ROADS ALONG DM-JCT-LEGAZPI-STO. DOMINGO-TABACO-CAM. SUR BDRY ROAD -
MALINAO AND TIWI, ALBAY
Republic of the Philippines
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
Office of the District Engineer
Albay 1st District Engineering Office
Airport Site, Legazpi City
BILL OF QUANTITIESDESCRIPTION UNIT COST TOTAL
ROAD WIDENING DM-JCT.-LEGAZPI-STO. DOMINGO-TABACO-CAM. SUR BDRY. ROAD K0574+447 - K0575+584 ; K0580+231-K0581+150, TIWI, ALBAY (L= 2,079 m)
Page 2 of 2/boq(1)
ITEM NO. QUANTITY UNIT
Part-E SURFACE COURSES311(1)c2 PCC Pavement (unreinforced), 0.23m thk , 7days curing
per sq.m. 3,118.50 sq.m.311(1)e2 PCC Pavement (unreinforced), 0.28m thk , 7days curing
per sq.m. 6,964.70 sq.m.Part-G DRAINAGE AND SLOPE PROTECTION STRUCTURES
506 Stone Masonry
per cu.m. 3,159.00 cu.m.PART H MISCELLANEOUS STRUCTURES
612(1) Reflectorized Thermoplastic Pavement Markings (White)
per sq.m. 350.30 sq.m.612(1) Reflectorized Thermoplastic Pavement Markings (White)
per sq.m. 120.00 sq.m.
TOTAL AMOUNT IN FIGURES SUBTOTAL 1
Total Amount in Words
CONTRACTOR:
SIGNATURE:
19FA0026 - CLUSTER 6 ROAD WIDENING & REHABILITATION/RECONSTRUCTION OF DAMAGED PAVED NATIONAL ROADS-SECONDARY ROADS ALONG DM-JCT-LEGAZPI-STO. DOMINGO-TABACO-CAM. SUR BDRY ROAD -
MALINAO AND TIWI, ALBAY
Republic of the Philippines
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
Office of the District Engineer
Albay 1st District Engineering Office
Airport Site, Legazpi City
BILL OF QUANTITIESDESCRIPTION UNIT COST TOTAL
Page 1 of 3/boq(2)
ITEM NO. QUANTITY UNIT
2)
Part-A FACILITIES FOR THE ENGINEERA.1.1 (8) Prov. of Field Office for the Engr (Rental Basis)
per month 7.93 monthA.1.2(4) Provision of 4 x 2 Pick Up Type Service Vehicle for the Engineer
per month 0.15 monthPart-B OTHER GENERAL REQUIREMENTS
B.5 Project Billboard/Signboard
per ea. 3.00 eaB.7 Occupational Safety and Health Program
per month 7.93 monthB.9 Traffic Control and Management
per l.s. 1.00 l.s.B.9 Mobilization / Demobilization
per l.s. 1.00 l.s.Part C EARTHWORKS101(1) Removal of Structure and Obstruction
per l.s. 1.00 l.s.101(3)b5 Removal of Existing Concrete Pavement (0.28mthk)
per sq.m. 2,480.60 sq.m.103(1)a Structure Excavation (common soil)
per cu.m. 1,182.30 cu.m.104(3)a Selected Borrow for Topping, Case 1
per cu.m. 1,186.10 cu.m.105(1)a Subgrade Preparation
per sq.m. 2,417.80 sq.m.Part-D SUBBASE AND BASE COURSES200(1) Aggregate Subbase Course
per cu.m. 241.80 cu.m.
TOTAL AMOUNT IN FIGURESTotal Amount in Words
CONTRACTOR:
SIGNATURE:
REHABILITATION/RECONSTRUCTION OF DAMAGED PAVED NATIONAL ROADS- SECONDARY ROADS DM-JCT.-LEGAZPI-STO. DOMINGO-TABACO-CAM. SUR BDRY ROAD K0561+984 - K0562+135, MALINAO, ALBAY (L=157m)
Republic of the Philippines
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
Office of the District Engineer
Albay 1st District Engineering Office
Airport Site, Legazpi City
19FA0026 - CLUSTER 6 ROAD WIDENING & REHABILITATION/RECONSTRUCTION OF DAMAGED PAVED NATIONAL ROADS-SECONDARY ROADS ALONG DM-JCT-LEGAZPI-STO. DOMINGO-TABACO-CAM. SUR BDRY ROAD - MALINAO
AND TIWI, ALBAY
BILL OF QUANTITIES
DESCRIPTION UNIT COST TOTAL
Page 2 of 3/boq(2)
ITEM NO. QUANTITY UNIT
Part-E SURFACE COURSES311(1)c2 PCC Pavement (unreinforced), 0.23m thk , 7days curing
per sq.m. 408.20 sq.m.311(1)e2 PCC Pavement (unreinforced), 0.28m thk , 7days curing
per sq.m. 2,009.60 sq.m.Part-F BRIDGE CONSTRUCTION404(1)a Reinforcing Steel Bar , Gr. 40
per kg 11,893.00 kg405(1)a2 Structural Concrete, Class A
per cu.m. 113.60 cu.m.Part-G DRAINAGE AND SLOPE PROTECTION STRUCTURES500(1)a3 Pipe Culvert 910mmØ
per l.m. 17.00 l.m.502(4)a1 Concrete Cover
per ea 25.00 ea505(1)b Riprap Class B
per cu.m. 6,350.34 cu.m.505(2)a Grouted Riprap (Class A) 15-25kgs
per cu.m. 155.40 cu.m.506(1) Stone Masonry
per cu.m. 706.50 cu.m.510(2) Concrete Slope Protection
per cu.m. 697.00 cu.m.PART H MISCELLANEOUS STRUCTURES
600(7) Concrete Curb and Gutter (Pre-cast)
per ea 457.00 ea612(1) Reflectorized Thermoplastic Pavement Markings (White)
per sq.m. 92.10 sq.m.
TOTAL AMOUNT IN FIGURES
Total Amount in Words
CONTRACTOR:
SIGNATURE:
Republic of the Philippines
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
Office of the District Engineer
Albay 1st District Engineering Office
Airport Site, Legazpi City
19FA0026 - CLUSTER 6 ROAD WIDENING & REHABILITATION/RECONSTRUCTION OF DAMAGED PAVED NATIONAL ROADS-SECONDARY ROADS ALONG DM-JCT-LEGAZPI-STO. DOMINGO-TABACO-CAM. SUR BDRY ROAD - MALINAO
AND TIWI, ALBAY
BILL OF QUANTITIES
DESCRIPTION UNIT COST TOTAL
Page 3 of 3/boq(2)
ITEM NO. QUANTITY UNIT
PART H MISCELLANEOUS STRUCTURES1014(1) Prepainted Metal Roofing, Rib Type, Ga. 26, Long span
per sq.m. 621.00 sq.m.1046(1)a2 Masonry Units, 150mm thk Wall, Incl. RSb)- Smooth Finish
per sq.m. 140.00 sq.m.1051(6) Metal Railings
per l.s. 1.00 l.s.
****'
TOTAL AMOUNT IN FIGURES SUBTOTAL 2
TOTAL
Total Amount in Words
CONTRACTOR:
SIGNATURE:
Republic of the Philippines
DESCRIPTION UNIT COST TOTAL
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
Office of the District Engineer
Albay 1st District Engineering Office
Airport Site, Legazpi City
19FA0026 - CLUSTER 6 ROAD WIDENING & REHABILITATION/RECONSTRUCTION OF DAMAGED PAVED NATIONAL ROADS-SECONDARY ROADS ALONG DM-JCT-LEGAZPI-STO. DOMINGO-TABACO-CAM. SUR BDRY ROAD - MALINAO
AND TIWI, ALBAY
BILL OF QUANTITIES
CONTRACT I.D. :
CONTRACT NAME :
LOCATION OF THE CONTRACT :
: Date :
:
Required Bid Security:
a. Cash,Cashier's/Manager's Check, Bank Draft/Guarantee confirmed by a Universal
or Commercial Bank of Irrevocable Letter of Credit: 2% of ABC ___________________
b. Surety Bond Collable upon demand issued by a Surety & Insurance Company and certified at the Insurance
Commissioned as authorized to issue such security: _________ 5% of ______________________
Form of Bid Security : ___________________________
Bonding Company : ___________________________
Number : ___________________________
Official Receipt No. : ___________________________
Validity Period : ___________________________
Collable on Demand : ___________________________
Bid Security Amount : ___________________________
A BID SECURITY: (_______) Sufficient (_______) Insufficient
B Eligibility Requirement under Section 23.3 of the IRR
1 Contractor's Information DPWH Registry of Contractors
2 PCAB License
3 DTI Business Name Registration or SEC Registration
4 Business Permit
5 BIR Tax Clearance
6 Completed Similar Contracts
7 On-going & Awarded Contracts
8 Audited Financial Statement
9 Net Financial Contracting Capacity
C
1 Organizational Chart for the Contract to be Bid
2 List of Contractor's Personnel (viz: Project manager, Project Engineer, Materials Engineer & Foremen) to be assigned to
the contract to be bid with their complete qualification and experience data
3 List of Contractor's Equipment Units, which are owned, leased and/or purchased agreement, supported by Certification
of Availability of Equipment from the Equipment Lessor/vendor for the duration of the projects, and;
D SWORN STATEMENT by the prospective bidder of its duly authorized representative in the form prescribed by the GPPB as to
the following:
1 If sole proprietorship/ partnership corporation, cooperative of joint venture he is the duly authorized and designated representative
2 It is not "BLACKLISTED" or barred from bidding by the GOP or any of its agencies, offices, corporations, or LGU's
including foreign government/foreign or international financing institution whose blacklisting rules have been
reconized by the GPPB;
3 Each of the documents submitted insatisfaction of the bidding requirement is an authentic copy of the original, complete
and all statement and information provided therein are true and correct;
4 It is authorizing the Head of the procuring Entity or his duly authorized representative/s to verify all the document submitted
5 The signatory is the duly authorized representative of the prospective bidder, and granted full power and authority to do
execute and perform any and all acts necessary and or to represent the prospective bidder in the bidding, which the duly
notarized Secretary's Certificate attesting to such fact, if the prospective bidder is a corporation, partnership or joint venture
6 It complies with the disclosure provision under Sect. 47 of the Act in relation to other provisions of RA 3019
7 It complies with the responsibilities of a prospective or eligible bidder provided in the PBDs; and;
8 It complies with the existing labor laws and standard
9 It did not give or pay directly or indirectly, any commission, amount, fee or any form of consideration pecuniary or otherwise, to any person
or official, personnel or representative of the gov't. In relation to any procurement project and activity
E CERTIFICATION under Item #6 & #7 of Dept. Order #9 s. 2012
F a Compliance to DO #138 s. Of 2015 ( Cert. Of Inclusion of the Minimum Materials Testing Equipments)
Note: Any missing documents in the above-mentioned checklist is a ground for outright rejection of the bid.
REMARKS: (_______) COMPLYING (_______) NON-COMPLYING
CHECKLIST OF FINANCIAL PROPOSAL REQUIREMENT FOR THE BAC
a Notarized Form of Bid
b Duly Signed Bid Prices in the Bill of Quantities
c Duly Signed Detailed Estimates
d Duly signed Cash Flow by Quarter & Payment Schedule
NOTE: Any missing documents in the above-mentioned checklist is a ground for outright rejection of the bid.
REMARKS: (_______) COMPLYING (_______) NON-COMPLYING
Project Requirement which shall be in the following:
APPROVED BUDGET FOR THE CONTRACT
Ta
b.
No
.
AN
NE
LLE
P.
AN
TIV
OLA
CE
SA
R A
. S
AN
OR
JO
19FA0026
CLUSTER 6 - ROAD WIDENING & REHABILITATION/RECONSTRUCTION OF DAMAGED PAVED NATIONAL ROADS-SECONDARY
ROADS ALONG DM-JCT-LEGAZPI-STO. DOMINGO-TABACO-CAM. SUR BDRY ROAD - MALINAO AND TIWI, ALBAY
Malinao and Tiwi, Albay
ALF
RE
DO
B.
BU
EN
DIA
To be signed by BAC
member
BAC's CHECKLIST OF TECHNICAL ENVELOPE REQUIREMENTS
Name of Bidder
SA
LVA
DO
R R
. R
EM
PIL
LO
AM
ELI
TO
L.
RO
BLE
S